Intent to Sole Source - National Levee Safety Study
ID: W912QR24R0084Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA
Timeline
  1. 1
    Posted Sep 4, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 4, 2024, 12:00 AM UTC
  3. 3
    Due Sep 14, 2024, 3:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), intends to award a sole-source contract to the National Academies of Sciences (NAS) for an independent review of the National Levee Safety Guidelines (NLSG). The contractor will convene an ad hoc committee of experts across various disciplines, including engineering, climate science, and risk management, to evaluate the first edition of the guidelines and provide recommendations for future editions. This review is critical for ensuring the guidelines are technically sound and widely accepted, as it falls under the National Levee Safety Program established by the Water Resources Development Act of 2007. Interested parties can contact Matthew Judd at matthew.p.judd@usace.army.mil for further information regarding this procurement.

Point(s) of Contact
Files
Title
Posted
Sep 4, 2024, 5:22 PM UTC
The document outlines the justification and approval for a sole-source contract awarded by the U.S. Army Corps of Engineers (USACE) to the National Academies of Sciences (NAS) for an independent technical review of the National Levee Safety Guidelines. This procurement falls under the National Levee Safety Program, established by the Water Resources Development Act of 2007, to develop consistent best practices for levee safety across the U.S. The NAS is uniquely qualified to conduct this review due to its independent status and expertise, which ensures an objective evaluation free from industry bias. The contract requires NAS to review the first edition of the guidelines and document its methodology, providing recommendations for future editions. The review process is crucial for ensuring the guidelines are technically sound and widely accepted. The justification for using NAS exclusively rests on the necessity for impartiality, the complex nature of the guidelines, and the inability of government agencies or other firms to provide a similar level of expertise without bias. Market research confirmed that no other firms could match NAS's qualifications for this specialized task. The document concludes with approvals for the sole-source procurement, contingent upon the availability of funds, solidifying the importance of independent oversight in developing national levee safety practices.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
MVD Levee Requirements for FY 25
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
Geotechnical Engineering Services for Military and Civil Projects
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified contractors to provide full geotechnical engineering services for military and civil projects within the Northwestern Division. The procurement aims to identify contractors capable of performing a range of services, including levee and dam engineering, geotechnical field investigations, soil and material testing, and various engineering services related to infrastructure and environmental assessments. This opportunity is crucial for ensuring the integrity and safety of military and civil projects, and interested contractors are encouraged to submit their qualifications and relevant experience by April 15, 2025. For further inquiries, potential respondents can contact Jacob Thomas at jacob.j.thomas@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil.
A/E SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New England District, is seeking qualified architect-engineer firms to provide geotechnical engineering and related services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement aims to secure architectural-engineering services for various locations primarily within the New England District, covering states such as Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. These services are crucial for ensuring the integrity and safety of engineering projects undertaken by the USACE, reflecting the importance of recent project experience in the evaluation process. Interested firms should direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255, and must adhere to the submission guidelines outlined in the amendments, including the updated page limits for the SF330 form and the emphasis on recent project experience.
Roof Replacement- New Orleans District Headquarters Building
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a roof replacement project at its New Orleans District Headquarters Building in Louisiana. The project involves extensive demolition and installation work, including the removal of the existing roof, installation of various roofing systems, and associated structural and plumbing modifications. This procurement is crucial for maintaining the integrity and functionality of the facility, with an expected contract value between $5 million and $10 million. Interested contractors must submit their proposals electronically by April 16, 2025, and are encouraged to contact Nakiea Butler at nakiea.b.butler@usace.army.mil or Michelle Dalmado at michelle.dalmado@usace.army.mil for further information regarding the solicitation and amendments.
West Shore Lake Pontchartrain WSLP 114
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers' New Orleans District, is soliciting bids for the West Shore Lake Pontchartrain Hurricane and Storm Damage Risk Reduction Project, which involves the construction of pump stations and drainage structures in St. John the Baptist Parish, Louisiana. The project aims to enhance flood protection infrastructure as part of a broader initiative to mitigate storm damage risks in the region, with specific focus on the Reserve Relief and I-55 Pump Stations. This initiative is critical for improving community resilience against flooding and aligns with federal objectives for infrastructure development and disaster preparedness. Interested contractors must submit their bids by 10:00 AM (CST) on April 28, 2025, with a mandatory site visit scheduled for March 19, 2025. For further inquiries, contact Amy C. Feemster at amy.c.feemster@usace.army.mil or 504-862-2002.
NOTICE OF INTENT TO SOLE SOURCE CAPACITANCE WAVE GAUGES FOR ERDC-CHL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineering Research and Development Center – Coastal and Hydraulics Laboratory (ERDC-CHL), intends to award a sole source contract for the procurement of forty analogue output capacitance wave gauges. These specialized instruments are critical for laboratory operations, providing highly linear performance and sub-millimeter accuracy across a wide range of water levels and temperatures, which are essential for seamless integration with existing systems. The sole source supplier, Akamina Technologies, Inc., is uniquely qualified to fulfill this requirement due to the proprietary nature of their instrumentation system, which ensures compatibility and reliability. Interested parties may submit capability statements to Angela Holcomb at Angela.D.Holcomb@usace.army.mil, but this notice does not constitute a request for competitive quotations, and the government retains discretion over the procurement strategy.
St. Vincent Township - Noyes Levee Repair
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit bids for the St. Vincent Township - Noyes Levee Repair project in Minnesota. This project entails the repair of approximately 3,150 feet of levee, which includes stripping topsoil and debris, recompacting levee fill, and restoring borrow pits, along with cleaning and inspecting existing culverts. The repair of the levee is crucial for maintaining flood protection and ensuring the safety of the surrounding areas. An Invitation for Bid (IFB) is expected to be issued around April 18, 2025, with a contract value estimated between $1 million and $5 million, and completion required by September 15, 2026. Interested contractors must be registered with the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
Notice for Architect and Engineering (A-E) Services to Support Planning, Design and Construction for the USACE South Atlantic Division, Mobile District, Military Design and Construction Program
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) South Atlantic Division, is seeking qualified architect-engineering firms to provide comprehensive planning, design, and construction support for military projects within the Mobile District. The procurement aims to secure professional services that will facilitate the effective execution of the Military Design and Construction Program, which is vital for maintaining and enhancing military infrastructure. Interested firms should note that the primary point of contact for this solicitation is Kellden Williams, who can be reached at KELLDEN.WILLIAMS@USACE.ARMY.MIL or by phone at 251-694-3860, with a secondary contact available as well. Further details regarding submission deadlines and evaluation criteria will be provided in the solicitation documents.
MVD Stone Requirements for FY 25
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers' Mississippi Valley Division, is announcing anticipated stone work requirements for Fiscal Year 2025, focusing on various construction and repair projects along the Mississippi River. The primary objectives include the construction and repair of dikes, revetments, chevrons, and other river training structures, as well as land-based construction activities such as bank grading and stone placement to prevent erosion and maintain structural integrity. This initiative is crucial for ensuring the stability of vital waterways while addressing environmental challenges, with projects categorized by contracting methods including multiple award task order contracts (MATOC) and single award task order contracts (SATOC). Interested parties can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or by phone at 601-634-5907 for further information, while project details and budgets are subject to change as designs are refined.
Intent to Sole Source Online Access to KNOVEL Collections by Elsevier
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to procure online access to the KNOVEL collections provided by Elsevier Inc. on a sole source basis, as outlined in the Special Notice. This procurement is necessary to support various engineering and scientific fields, including but not limited to Biochemistry, Civil Engineering, and Environmental Engineering, which are critical for addressing contemporary challenges in technology and development. Interested small-business firms that believe they can meet the requirements are encouraged to submit a capability statement to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil by November 22, 2024, at 12:00 PM CT. Please note that this notice is not a request for competitive quotes, and the government will not reimburse any costs associated with the submission of capability statements.